28 april 5, 2016 - los angeles county,...

33
This action is to award a construction contract to W.A. Rasic Construction Company, Inc., for Tujunga Wash-Tujunga Spreading Grounds Enhancement Project, and authorize the Chief Engineer of the Los Angeles County Flood Control District or her designee to execute a construction contract for work in the City of Los Angeles. SUBJECT April 05, 2016 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 Dear Supervisors: AWARD CONSTRUCTION CONTRACT TUJUNGA WASH-TUJUNGA SPREADING GROUNDS ENHANCEMENT PROJECT IN THE CITY OF LOS ANGELES (SUPERVISORIAL DISTRICT 3) (3 VOTES) IT IS RECOMMENDED THAT THE BOARD ACTING AS THE GOVERNING BODY OF THE LOS ANGELES COUNTY FLOOD CONTROL DISTRICT: 1. Award and authorize the Chief Engineer of the Los Angeles County Flood Control District or her designee to execute a construction contract and establish the effective date following receipt of approved Faithful Performance and Labor and Material Bonds and insurance certificate filed by the contractor for Project ID No. FCC0001147 Tujunga Wash-Tujunga Spreading Grounds Enhancement Project, for excavation and transportation of sediment via a conveyor belt system to Boulevard Pit, mechanical and electrical work including construction of intake weir structure with automated slide gates, and installation of electrical conduits, in the City of Los Angeles, to W.A. Rasic Construction Company, Inc., in the amount of $19,811,480.10. 2. Delegate to the Chief Engineer of the Los Angeles County Flood Control District or her designee the following authority in connection with the contract: (1) approve and execute change orders within 28 April 5, 2016

Upload: others

Post on 11-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

This action is to award a construction contract to W.A. Rasic Construction Company, Inc., for Tujunga Wash-Tujunga Spreading Grounds Enhancement Project, and authorize the Chief Engineer of the Los Angeles County Flood Control District or her designee to execute a construction contract for work in the City of Los Angeles.

SUBJECT

April 05, 2016

The Honorable Board of SupervisorsCounty of Los Angeles383 Kenneth Hahn Hall of Administration500 West Temple Street Los Angeles, California 90012

Dear Supervisors:

AWARD CONSTRUCTION CONTRACTTUJUNGA WASH-TUJUNGA SPREADING GROUNDS

ENHANCEMENT PROJECTIN THE CITY OF LOS ANGELES(SUPERVISORIAL DISTRICT 3)

(3 VOTES)

IT IS RECOMMENDED THAT THE BOARD ACTING AS THE GOVERNING BODY OF THE LOS ANGELES COUNTY FLOOD CONTROL DISTRICT:

1. Award and authorize the Chief Engineer of the Los Angeles County Flood Control District or herdesignee to execute a construction contract and establish the effective date following receipt of approved Faithful Performance and Labor and Material Bonds and insurance certificate filed by the contractor for Project ID No. FCC0001147 – Tujunga Wash-Tujunga Spreading Grounds Enhancement Project, for excavation and transportation of sediment via a conveyor belt system to Boulevard Pit, mechanical and electrical work including construction of intake weir structure with automated slide gates, and installation of electrical conduits, in the City of Los Angeles, to W.A. Rasic Construction Company, Inc., in the amount of $19,811,480.10.

2. Delegate to the Chief Engineer of the Los Angeles County Flood Control District or her designeethe following authority in connection with the contract: (1) approve and execute change orders within

28 April 5, 2016

ctalamantes
Lori Glasgow
Page 2: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

the same monetary limits delegated to the Director of Public Works under Section 2.18.050 of the Los Angeles County Code relative to the construction of County buildings, (2) accept the project upon its final completion, and (3) release retention money withheld consistent with the requirements of State Public Contract Code Sections 7107 and 9203.

PURPOSE/JUSTIFICATION OF RECOMMENDED ACTION

The purpose of the recommended actions is to obtain approval of the project from the Board, acting as the governing body of the Los Angeles County Flood Control District, to award this construction contract, authorize the Chief Engineer of the Los Angeles County Flood Control District or her designee to execute the construction contract, and establish the effective contract date following receipt of approved Faithful Performance and Labor and Material Bonds and insurance certificate filed by the contractor for this project.

On August 4, 2015, Agenda Item 38, the Board approved the project; adopted the plans and specifications; called for bids to be received on October 13, 2015; and instructed the Acting Executive Officer of the Board of Supervisors to advertise the project.

The enclosure includes the project description, the call for bids and bid opening date, a tabulation of bids, and financial information. The certified record of receipt of bids and the original bid proposal are also enclosed for this project.

Implementation of Strategic Plan GoalsThe Countywide Strategic Plan directs the provisions of Operational Effectiveness/Fiscal Sustainability (Goal 1) and Integrated Services Delivery (Goal 3). Awarding this construction contract will provide improved infrastructure to better serve the public and enhance the quality of life in the affected City.

FISCAL IMPACT/FINANCING

There will be no impact to the County General Fund.

The construction contract cost of $19,811,480.10 is included in the Flood Control District Fund Fiscal Year 2015-16.

The enclosure includes the amount of the recommended contract as compared with the engineer's estimate, the other bids received, and more detailed fiscal and financial information.

FACTS AND PROVISIONS/LEGAL REQUIREMENTS

The contract agreement will be in the form previously reviewed and approved as to form by County Counsel. The recommended contract was solicited on an open-competitive basis and is in accordance with applicable Federal, State, and County requirements. The contractor is in compliance with the Chief Executive Officer's and the Board's requirements.

The contract specifications require the work to be completed in 425 working days. It is anticipated the work will start in July 2016 and be completed in August 2018.

The Honorable Board of Supervisors4/5/2016Page 2

Page 3: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

The award of this contract will be in full compliance with Federal, State, and County regulations. This contract contains terms and conditions supporting the Board's ordinances, policies, and programs including, but not limited to: the County of Los Angeles' Greater Avenues for Independence and General Relief Opportunities for Work Programs (GAIN and GROW), Board Policy No. 5.050; Contract Language to Assist in Placement of Displaced County Workers, Board Policy No. 5.110; Reporting of Improper Solicitations, Board Policy No. 5.060; Notice to Contract Employees of Newborn Abandonment Law (Safely Surrendered Baby Law), Board Policy No. 5.135; Contractor Employee Jury Service Program, Los Angeles County Code, Chapter 2.203; Notice to Employees Regarding the Federal Earned Income Credit (Federal Income Tax Law, Internal Revenue Service Notice 1015); Contractor Responsibility and Debarment, Los Angeles County Code, Chapter 2.202; the County's Child Support Compliance Program, Los Angeles County Code, Chapter 2.200; the County's Defaulted Property Tax Reduction Program, Los Angeles County Code, Chapter 2.206; Local Business Enterprise Preference Program, Los Angeles County Code, Chapter 2.204; and the standard Board-directed clauses that provide for contract termination or renegotiation.

The State Public Contract Code requires the District to award construction contracts to a responsible contractor with the lowest responsive bid, which is defined as the firm that: (1) submits the bid with the lowest cost; (2) is deemed by the District to be responsive to specific criteria under the solicitation including, but not limited to, licensure, bonding, and insurance requirements; and (3) is determined by the District to be a responsible bidder by exhibiting the capability, capacity, experience, trustworthiness, and financial wherewithal to perform the work required under the bid solicitation.

To ensure the contract is awarded to a responsible contractor with a satisfactory history of performance, bidders are required to report violations of the False Claims Act, criminal convictions, civil litigation, defaulted contracts with the County, complaints filed with the Contractor's State License Board, labor law/payroll violations, and debarment actions. As provided for in Board Policy No. 5.140, the information reported by each respective contractor was considered before making this recommendation to award.

The plans and specifications include the contractual provisions, methods, and material requirements necessary for this project and are on file with the Department of Public Works.

ENVIRONMENTAL DOCUMENTATION

On August 4, 2015, Agenda Item 38, the Board found this project to be categorically exempt from the provisions of the California Environmental Quality Act.

CONTRACTING PROCESS

The contract was solicited on an open-competitive basis in accordance with the provisions of the State Public Contract Code.

The State Labor Code requires contractors to pay prevailing wage rates to all persons employed on construction contracts. These rates are determined by the Department of Industrial Relations and include contributions for fringe benefits such as vacations, pension funds, training, and health plans for each employee.

The Honorable Board of Supervisors4/5/2016Page 3

Page 4: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

To further increase contractor awareness of contracting opportunities with Public Works, this project was listed on both the County's "Doing Business with Us" and Public Works' "Contract Opportunities" websites for upcoming bids. Public Works also coordinated with the Office of Small Business to maximize outreach.

Public Works will review and approve the Faithful Performance and payment bonds filed by the contractor.

IMPACT ON CURRENT SERVICES (OR PROJECTS)

This construction contract will result in improved infrastructure in the City where the work is scheduled.

CONCLUSION

Please return one adopted copy of this letter to the Department of Public Works, Construction Division.

GAIL FARBER

Director

Enclosures

c: Chief Executive Office (Rochelle Goff)County CounselExecutive OfficeInternal Services Department (Countywide Contract Compliance)

Respectfully submitted,

GF:JTS:ma

The Honorable Board of Supervisors4/5/2016Page 4

Page 5: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

AWARD OF CONSTRUCTION CONTRACTApril 5, 2016

PROJECT ID NO. FCC0001147 — Tuiunga Wash-Tuiunga Spreading GroundsEnhancement Project (in the City of Los Angeles), Supervisorial District 3.

TYPE OF WORK: Excavation and transportation of sediment via a conveyor belt systemto Boulevard Pit, mechanical and electrical work includingconstruction of intake weir structure with automated slide gates,installation of electrical conduits, and the performance of appurtenantwork.

CALL FOR BIDS DATE: August 4, 2015 (Agenda Item 38)

BID OPENING DATE: October 13, 2015

Low W.A. Rasic Construction Company, Inc.4150 Long Beach BoulevardLong Beach, California 90807(562) 928-6111

2 C. A. Rasmussen, Inc.3 Griffith Company4 Ames Construction, Inc.5 Pulice Construction, Inc.6 Shimmick Construction Company, Inc.7 Myers and Sons Construction, LP

FINANCIAL INFORMATION:

Amount of estimate, including the consultant services agreementAmount of consultant services agreementAmount of recommended contractAmount of recommended contract and consultant services

agreement above the estimate

'~ • : ~:~ ~

$21,032,787.30$21,622,612.00$21,897,041.60$22,086,121.00$22,767,256.00$32,062,868.55

'~ •:~ .:~'~ ~~~ ~~

$ 3,826,663.30

On August 4, 2015, the Board authorized the Director or her designee to award andexecute a consultant services agreement for $15,000. The amount of recommendedcontract award of $19,796,480.10 represents the amount of lowest responsive bid withthe cost of the consultant services agreement subtracted from it.

-1 A-

Page 6: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

Per a Memorandum of Agreement Between Los Angeles County Flood Control Districtand Los Angeles Department of Water and Power approved by the Board on July 16,2013, LADWP is funding the total construction and construction management costs ofthis project.

A review of the estimate indicates that sufficient price adjustments were not made tocertain bid times to reflect the current economic situation with increasing labor, material,and equipment costs. Readvertisement will not likely result in the receipt ofsubstantially lower bids. We recommend award of this contract for the reason statedabove.

Sufficient Funds for this project are included in the Flood Control District Fund FiscalYear 2015-16 Budget

AD:maO:\Section\Administration\BoardlAwd\2016 Board Letters\Q4-05-16WWD Tujunga Enc.docx

Page 7: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

COUNTY OF LOS ANGELESDEPARTMENT OF PUBLIC WORKS

~ •-~-~

~~

PROJECT ID NO. FCC0001147

TUJUNGA WASH-TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

Table of Contents: ...-

Proposal to the Board of Supervisors .......................................1Bidder Information Sheet ..........................................................2-3Acknowledgment of Addenda Received ...................................4Noncollusion Affidavit ................................................................5Request for Local SBE Preference Program Considerationand CBE Firm/Organization Information Form .......................6

List of Subcontractors ...............................................................7QSP/QSD Form ........................................................................8Schedule of Prices ....................................................................9-15

All Bid Proposal forms listed above shall be completely filled out and submitted withthe Bid. Failure to do so may result in rejection of the Bid.

Las Angeles County Department of Public WorksCashier's Office, Mezzanine Level900 South Fremont AvenueAlhambra, California 91803

Non-Federal {11-20-14)

Page 8: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

a

` COMMERCIALASSOCIATESINSURANCE

Member -Westem Insurance Agents Association

September 2, 2015

County of Los Angeles

i~epartment of Public Works

900 S. Fremont Avenue

Alhambra, CA 91803-1331

Re: Project ID FCC0001147

Tujunga Wash —Tujunga Spreading Grounds Enhancement ProjectContractor: W.A. Rasic Construction Company, Inc.

Dear Sir /Madam:

Our firm handles the insurance for W.A. Basic Construction Company, Inc. and has done so for manyyears. We have reviewed the insurance requirements in connection with the above-referenced project.Please accept this letter as confirmation that the primary and excess insurance policies that W.A. BasicConstruction Company, Inc. has in place meet or exceed the coverage/limit requirements contained therein.

Should you have any questions or require any additional information, please do not hesitate to contactme directly. Thank you.

Sincerely,

COMMERCIAL ASSOCIATES INSURANCE

licia S ith, M, CRIS

/ads

[NOTARY ACKNOWLEDGEMENT ATTACHED]

1594 N. Batavia Street, Orange, CA 92867 Phone (714) 524-4949 Fax (714) 524-4940 Lic. No. OC15071

Page 9: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

A

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, ar validity of that document.

State of California

County of ~ a - -- ~ }

On ~ - ~ ~ before me, ~, ~ ~~ _R

Date Here Insert Name and Title of the fficer

personally appeared ~—~ ~

Names) of Signers)

who proved to me on the basis of satisfactory evidence to be the person,} whose name(,~'j is! resubscribed to the within instrument and acknowle ed to me that he fit- executed the same in

er uthorized capacity(ies), and that b 'the / signatures} on the instrument the person,art e entity upon behalf of which the per~sont acte ,executed the instrument.

;~ ~~lNA AR. FOX'a^• , C '~sian 2017

f~°~4 PuW~c - Ciiotni~ A~ ,~j' Orin Cout~ r

. t~ Comm. Ex €r~s ~ r 6.2~1T

! certify under PENALTY OF PERJURY under the lawsof the State of California that the foregoing paragraphis true and correct.

WITNESS my hand and official seal.

/ r .~r .~ ~Signatu ___ ~ _

~ Signature of Nosy uP lyric

Pace Notary Seal AboveOPTIONAL

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentTitle or Type of Document: ~- =~ ~ _-~ ~ - _ ~ Document Date: ~' ~, 3

Number of Pages: ~ Signer(s) Other Than Named Abave: t~z..~; ~ ~ ~— 6

Capacity(ies} Claimed by Signers)Signer's Name: Signer's Name:'~~. !Corporate Officer — Title(s}: 'Corporate Officer — Title(s):

Partner —=! Limited ~~ General [~ Partner — ~ ~~ Limited ~~ GeneralIndividual ~-~ Attorney in Fact ~' Individual -_~ Attorney in Fact

;Trustee ~ Guardian or Conservator ~ ;Trustee ~ Guardian or ConservatorOther: '__ Other:

Signer Is Representing: Signer Is Representing:

02Q14 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-$00-876-6827) Item #5907

Page 10: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

wr-r~,

*~~~fi~`, 1l

September 1, 2015

County of Los AngelesDepartment of Public Works900 South Fremont AvenueAlhambra, CA 91803

~-_,. ~.

790 The City Drive South, Suite 200Orange, CA 92868

(800)763-9268

RE: W.A. Rasic Construction Co., Inc. — PrequalificationTujunga Wash-Tujunga Spreading Grounds Enhancement Project

To Whom It May Concern:

Per the request of our client, W.A. Rasic Construction Co., Inc., we are pleased to write thisletter as an indication and verification of their bonding capabilities and capacity.

Liberty Mutual Company, acts as surety for W.A. Rasic Construction Co., Inc. in its contractingmatters. Liberty Mutual Insurance Company is a major, national provider of contract suretybonds, is listed in the Federal Register as a surety acceptable on Federal projects, is rated A XVby A.M. Best and is an admitted surety insurer in the State of California.

Based upon our normal underwriting conditions being prevalent, if we are requested by W.A.Rasic Construction Co., Inc. to execute a bid bond and/or faithful performance and labor andmaterial bond, as required by the terms of a contract awarded to them, we can foresee nodifficulty in fulfilling such a request. Currently, there is a bonding capacity exceeding$125,000,000 single and $20Q,000,000 aggregate.

You understand, of course, that any arrangement for the final bond or bonds is a matter betweenthe Contractor and ourselves and we assume no liability to third parties or to you, if for anyreason we do not execute said bond or bonds.

Sincerely,

Liberty Mutu 1 Insurance Company

Arturo AyalaAttorney-in-Fact

Member of Liberty Mutual Group

Page 11: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

CALIFORNIAALL-PURPOSE ACKNOWLEDGMENT

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

STATE OF CALIFORNIA

County of Orange J

On 9/1/15 before me, Andrew Waterbury ,Notary Public,Date Insert Name of Notary exactly as ft appears on the official seal

personally appeared Arturo AyalaNames) of Sig~er(s)

who proved to me on the basis of satisfactory evidence tobe the person() whose name() is/~Csubscribed to thewithin instrument and acknowledged to me that he/1§li~executed the same in his/Dfl~ authorized capacity(pe~),and that by his/k~D~ - signature() on the instrument the

~ ~<- -. ~ ~~.~~,~~t person(, ), or the entity upon behalf of which the person)

~_~ ,~~ E~f,«rir d acted, executed the instrument.

~ ~ ~ ~~ ~~, ~ ~.~ ~ I certify under PENALTY OF PERJURY under the laws of~~ ~~~ the State of California that the foregoing para r his true

. :_is,roi~ and correct.~t~-.~-

Witness my hand and o~ ' al. ~ J—

SignaturePlace Notary Seal Above Signature of No ary Public Andrew Waterbury

OPTIONALThough the information below is not required by law, it may prove valuable to persons relying on the document

and could prevent fraudulent removal and reattachment of the forrn to another document.

Description of Attached Document

Title or Type of Document: Bondability Letter

Document Date: 9/1/15

Signers) Other Than Named Above:

Capacity(ies) Claimed by Signers)

Signer's Name: Arturo Avala❑ Individual❑ Corporate Officer —Title(s):_❑ Partner ❑Limited ❑GeneralC~ Attorney in Fact❑ Trustee❑ Guardian or Conservator

❑ Other:

Signer is Representing:

Number of Pages: One

Signer's Name:❑ Individual❑ Corporate Officer —Title(s):❑ Partner ❑Limited ❑General❑ Attorney in Fact❑ Trustee❑ Guardian or Conservator

❑ Other:

Signer is Representing:

Page 12: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

THIS POWER OF ATTORNEY IS NC1T VALID UNLESS IT IS PRINTED ON RED BACKGROUND.This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.

Certificate No. ssso~a3

American Fire and Casualty Company Liberty Mutual Insurance CompanyThe Ohio Casualty Insurance Company WestAmerican Insurance Company

POWER CAF ATTORNEYKNOWN ALL PERSONS BY THESE PRESENTS: That American Fire &Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws ofthe State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Companyis a corporation duly organized underthe laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constituteand appoint, Andrew Waterbury; Arturo Ayala; Daniel Huckabay; Dwight Reilly

all of the city of Orange , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledgeand deliver, for and on its behalf as surety and as its act and deed, any and ail undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shallbe as binding upon the Companies as if they have Veen duly signed by the president and attested by the secretary of the Companies in their own proper persons.

IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or o~cial of the Companies and the corporate seals of the Companies have been affixedthereto this ~ sm day of May 2015

iNt~. CtiS~. ...~Y I.. _ :,. ,a:sNSt;n American Fire and Casualty Companyw ~<~-~,~q ~ ry ~ tF The Ohio Casualty Insurance Company4 r g ~~

`` ~ ~ ''*~ ~ c Liberty Mutual Insurance Company~ ~~°~ ~~ '~'~ ~° ~~ ~~~~ ~~ ~9~~ b WestAmerican Insurance Company

~ ~~G~'~kab.^S``~~a ~ ~;r»±~rt~ ~`~

~ STATE OF PENNSYLVANIA ss David M. Care ;Assistant Secretary

COUNTY OF MONTGOMERY

~ On this 19th day of May 2015 More me personally appeared David M. Carey, who acknowledged himself fo be the Assistant Secretary of American Fire andv ~ Casualty Company, Liberty tv~tual Insurance Company, The Ohio Casualty Insurance Company, and WestAmerican Insurance Company, and that he, as such, being authorized so to do,p ~ execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

m ~ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.

~ 5~` p~~r COMAACtWWEALTH OF PENNSYLVANIA ~t

~ ~~`~,an~~~°+~ ~c'~. Notarial Seal ~~~/!~ J y~~ /~~y~~~ 'N ~ ° 4~, ~ Teresa Pastella, Notary Pu6fic gy; // ~-~ L aF Prymouth Twp., Montgomery County Teresa Pastella, Notary PublicL ~~. My Commission Expires March 28, 2017

O ~},~~' ~. ~yt' Member, Pennsylvania Association of Notaries

C~ per,.

~ This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance~ , ; Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:

L ARTICLE IV —OFFICERS —Section 12. Power ofAttorney. Any o~cer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject~ a; to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,O ~ acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective~ y powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so~p L executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative orattorney-in-fact under,a ~ the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or o~cers granting such power or authority.

~~ = ARTICLE XIII —Execution of Contracts —SECTION 5. Surety Bonds and Undertakings. Any o~cer of the Company authorized for that purpose in writing by the chairman or the president,~ and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute,

z ~ seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in theirrespective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When soexecuted such instruments shall be as binding as if signed by the president and attested by the secretary.

Certificate of Designation —The President ofthe Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other suretyobligations.

Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of theCompany, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company withthe same force and effect as though manually axed.

I, Gregory W. Davenport, the undersigned, Assistant Secretary, ofAmerican Fire and Casually Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, andWest American Insurance C~mnany do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by saidCompanies, is in full farce znc! effect ~d has not been revoked.

IN TESTIMONY 4'r'HER~f?~; I have hereunto set my hand and affixed the seals of said Companies this 1St day of September 20 15~it47 Cd ~ ~~~jl`~R1S(,~%,' ~s.4~NSU .~ ,P35U;7,.. ~

\ a'

a 79€ i~ o° tsls 1~ ? ~ 7972 q ~ 1497 By:p ~g ~ ~~ ~ ~ Gregory W. Davenport, Assistant Secretary

`r'~y~ ~urAa~" e-ts2i ~s~ °t'Narm t: ~a'bb Pi,~

FrSAcrus`'t'c' ;'cam ~' rtrr,~n~:<< `2

* `~ ti ~ d

N

dc.N

.~

Ov~

yWc~LO ~.

Q M

i 0 ~'

'' 3 ~O ~a~No.c ~,~'aiO C:'~~'I

~~~~ N>~y~ o

~~

NM

vo

O~H ~

240 of 300

LMS._12873_122013

Page 13: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

Bond No. WARAS-299

Bonding Company Name: LIbE'i"t)/ MUtUa~ ~C1SUfat10E: COtllpc~ll~/

Bonding Company Address: 79O Th@ Clty Dt"IV@ SOUtII, Suite 200, Orange, CA 92868

~ :• ~

KNOW ALL MEN BY THESE PRESENTS: That we W.A. Rasic Construction Co., Inc.

as Principal, and Liberty Mutual Insurance Company

as Surety, are held and firmly bound untothe COUNTY OF LOS ANGELES, State of California, as Obligee, in the sum of Ten Percent of the Bid price ofthe Principal for the payment of which sum we bind ourselves, our heirs, executors, administrators, successorsand assigns, jointly and severally, firmly by these presents.

The condition of the above obligation is such that WHEREAS the Principal has submitted or is about to submit abid to the Obligee for the work described in

Project Name: Tujunga Wash - Tujunga Spreading Grounds Enhancement Project,

in the City of Los Angeles

Project ID No. FCC0001147

and to which reference is hereby made for all particulars;

NOW, THEREFORE, if the Obligee shall accept the Bid of the Principal within the time specified in the ContractDocuments and the Principal shall enter into a Contract with the Obligee in accordance with the terms of said Bidand give bonds with surety acceptable to the Obligee for the faithful performance of the Contract and for theprompt payment of labor and materials furnished in the prosecution thereof, then this obligation shall be null andvoid; otherwise to remain in full force and effect.

WITNESS our hands this ~ St day of September , 2015

(Witness) Mar DeCapua, Admin. Asst.

tr~ .

f f' ~

!. ~- _..:

(Witness) }wren Ritto

W.A. Rasic Construction Co., Inc.(Principal)

By ' 1(Signature nd T' e

Walter A asi Jr., Vice Pres./Sec.Liberty Mutual surance Company(Surety)

e'`

By

ignat e and Title) ro Ayala

SIGNATURES OF PRINCIPAL AND SURETY MUST BE WITNESSED BY NOTARY(Attach appropriate acknowledgment)

Page 14: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVlL CODE § 1189

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of California

County of Los Angeles

pn NSeptember 8, 2015 before me, Seika Kay Julien, Notary Public

Date Here Insert Name and Title of the Officer

personally appeared Walter A. Rasic, Jr. and Mary S. DeCapua

Names) of Signers)

who proved to me on the basis of satisfactory evidence to be the persons) whose names) is/aresubscribed to the within instrument and acknowledged to me that /they executed the same in

~/their authorized capacity(ies), and that by htsff~er~their signatures) an the instrument the person(s),or the entity upon behalf of which the persons) acted, executed the instrument.

certify under PENALTY OF PERJURY under the lawsof the State of California that the foregoing paragraphis true and correct.

` SEIKA K~4Y JULIEN WITNESS my hand and official se ~

~`~ ~=j Commission 2068214~'~ ~:E No#ar Public - Califarni~ z

Los ~s County ' Signature ___

~' Cy r►. Oct 34, 2p98 + Signature of to PublicSeika Kay Julie , N to Public

Place Notary Seal AboveOPTICINAL

Though Phis section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form fo an unintended document.

Descrip#ion of Attached DocumentTitle or Type of Document: _gad Bond m~ Document Date: September 1, 2015

Number of Pages: ,One _ Signer(s) Other Than Named Above: No Other Sianers~ ~W LV~~ LL

Capacity(ies) Claimed by Signer{s)Signer's Name: Walter A, Rasic _Jr. ,,,~C~1Corporate Officer —Title{s): ,~(P/~~~ ~,, w

Partner — 1-1 Limited ❑GeneralO Individual ❑Attorney in FactU Trustee U Guardian or ConservatorCI Other: _~ ~ ~.____ ~~..w~W.Signer Is Representing: W A. Rasic Const Co..

Signer's Name: ,Mary S. DeCapua~._wO Corporate Officer — Title(s) .~ __,_~❑ Partner — ❑Limited D General

Individual O Attorney in Fact❑ Trusfies ❑Guardian ar ConservatorC~ Other: Adminstratiye Assistant _Signer Is Representing: W.A~Rasic ConstCo..w.___W____W ~.~_ _. ~.___~ .~~Inc,

02014 National Notary Association • www.NationaiNotary.org • 1-80Q-US NOTARY (i-800-876-6827} Item #5907

Page 15: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

CALIFORNIAALL-PURPOSE ACKNOWLEDGMENT

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

STATE OF CALIFORNIA

County of Oran e J

On 9/1/15 before me, Andrew Waterbury ,Notary Public,Date Insert Name of Notary exactly as it appears on the official seal

personally appeared Arturo AyalaNames) of Signers)

who proved to me on the basis of satisfactory evidence tobe the person() whose name() is/3~csubscribed to thewithin instrument and acknowledged to me that he/~f~i~DtJ~yexecuted the same in his/D(~d1?~ authorized capacity(pe~),and that by his/b(~(4k~Q- signature(~f) on the instrument theperson(), or the entity upon behalf of which the person()

""~s'~ ~"R ~ ~ acted, executed the instrument.~`, ~F,r E>E~at~tnlEr7E~u~tY K

I certify under PENALTY OF PERJURY under the laws of"~ t,r , cFr~~tomia ~~~ `~ ~ ~ c~~urarr ~ the State of California that the foregoing paragraph is true

~~~, E . 5~,.~3i,~~i5 and correct.~. . ~ _ r ~_

Witness my hand and offi ' eal

SignaturePlace Notary Seal Above Signature o otary Public A d Waterbury

OPTIONALThough the information below is not required by law it may prove valuable to persons relying on the document

and could prevent fraudulent removal anc~ reattachment of the form to another document.

Description of Attached Document

Title or Type of Document: Bid Bond

Document Date: 9/1/15 Number of Pages: One

Signers) Other Than Named Above:

Page 16: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

Bond No. WARAS-299

TH~~ POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.

Certificate No. s9eflie~

American Fire antl Casualty Company Liberty Mutual Insurance CompanyThe Ohio Casualty Insurance Company West American Insurance Company

POWER OF ATTORNEYKNOWN ALL PERSONS BY THESE PRESENTS: That American Fire &Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws ofthe State of New Hampshire, that liberty Mutual Insurance Company is a corporation duly organized underthe laws of the State of Massachusetts, and WestAmerican Insurance Companyis a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constituteand appoint, Andrew Waterbury; Arturo Ayala; Daniel Huckabay; Dwiqht Reilly

all of the city of orange , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledgeand deliver, for and on its behalf as surety and as its act and deed, any and ail undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shallbe as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.

IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixedthereto this 19th day of May 2015 >,

~~ ch . ~ ~~~~,n ,~s,~ . .,,~s,- American Fire and Casualty Company ~~` 'r„ h~°'`.~ g ~:'" ~"~ ~ The Ohio Casualty Insurance Company ~n

~` ~ ~ z ti ~ ~~ ~` Liberty Mutual Insurance Company aNi1906 0 o t979 n t412 F 1991 ~

~~ F,~~~ ~ h ~ ~~ ~~~ ,,, ~ WestAmerican Insurance Company ~N

~ v ~ By' A~ STATE OF PENNSYLVANIA ss David M. Care ,Assistant Secretary ~

~ COUNTY OF MONTGOMERY =

~ On this ~ 9th day of May 2015 ,before me personally appeared David M. Cary, who acknowledged himself to be the Assistant Secretary of American Fire and ~ ~~ Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West Arr~rican Insurance Company, and that he, as such, being authorized so to do, ~ ~

execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ~ ~

~ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O fl.~ pq~ CORAAfl4NWEALTH OF PENNSYLVANIA ~ +~-' O

p eg`~`~,sa'~N~'e~T~f{ Notarial Seal ~ ~ ~ ~ ~~/~~~` ya„ M

y s.~° u° `~y s' ~ Teresa Pastella, Notary Public gy; ~O~%1.C.~-~-~ ~~(e%~~~(~(~J O ~p1 of Plymouth Twp., Montgomery County ~ ~~ Teresa Pastelia, Notary Public` ~.~ My Commission Expires March 28, 2017 3 ~

~ °~}p~~ ~~y'~' Member, Pennsylvania Association of Notaries a

This PowerofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casually Insurance to py Company, Liberty Mutual Insurance Company, and West American Insurance Corr~any which resolutions are now in full force and effect ruing as follows:

o~~ ARTICLE IV —OFFICERS —Section 12. Power ofAttorney. Any o~cer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O =

c to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, ~ ~_ acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective ~ 3y powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instnaments and to attach thereto the seal of the Corporation. When so ~ cu~ executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative orattorney-in-fact under > o~ the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or o~cers granting such power or authority. ~ ~;,J ++ tY

ARTICLE XIII —Execution of Contracts —SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, ~y and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, ~ M

seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their = ~respective powers of attorney, shall have full pov~r to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v Qexecuted such instruments shall be as binding as if signed by the president and attested by the secretary. p co

Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- ~ ~fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and ail undertakings, bonds, recognizances and other suretyobligations.

Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of theCompany, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company withthe same force and effect as though manually affixed.

I, Gregory W. Davenport, the undersigned, Assistant Secretary, ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, andWest American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by saidCompanies, is in full force and effect and has rict been revoked.

IN TESTIMONY WHEREOF, I ha~a hereLrto set my hand and affixed the seals of said Companies this 1St day of September , 20 15

~~1DCAS~ .avlvci,~ A ifs~"`'. ~lytr;sUy,~

~~~ y~ ~O {L 4'f'~ - '~n J~°2 ~ ~ ~F wry .e~`' Rr~h Cfi

d 19Q6 p E~~ t979 fi r~ 731 ~~ ~ t99~ ~ By ~'b i a ~, yy ;: ~ Gregory W. Davenport, Assistant Secretaryw ~~• r

~~✓~ Hanaa~"'.2~~'L

~~: -man ~' °~~}~~~rs 3~dq`~*ti<~T ~ rarDinNr.

~t * ~Z

LMS 12873 122013

237 of 300

Page 17: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC0001147TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

To the Board of Supervisors of theCounty of Los Angeles:

The Undersigned hereby declares:

(a) That the only persons or parties interested in this Proposal as principals are thoseidentified on the Bidder Information Sheet.

(b) That he has carefully examined the Project site and has familiarized himself with allof the physical and climatic conditions, and makes this Proposal solely upon his ownknowledge.

(c) That he has carefully examined the Plans, Specifications, Bid Proposal, NoticeInviting Bids, and all other information furnished by the Agency and makes this Proposalaccardingiy.

(d) That, in the event this Contract is awarded to him, he will enter into a Contract withthe /Board of Supervisors of the County of Los Angeles to perform the Work in accordancewith the Plans and the terms of the Specifications, and will furnish or provide all materials,labor, tools, equipment, apparatus, and other means necessary so to do, except as mayotherwise be furnished or provided under the terms of said Specifications, for the pricesstated in the Schedule of Prices.

(e) That he has included with the Proposal a certified or cashier's check, or a suretybond, payable to the County of Los Angeles in an amount of $ten percent of bid amount,equivalent to at least 10 percent of the total aggregate Bid price shown on the Schedule ofPrices. Furthermore, he agrees that, should he fail to properly execute and return theContract Agreement, together with the required bonds, within ten business days after it hasbeen delivered or mailed to him or his authorized agent, the Agency will be damaged bythe delay in an amount that is impossible to definitely ascertain and which is thereforeestablished to be not less than that of the aforementioned check or bond and that in suchevent the amount of said check or bond shall become the property of the Agency and maybe collected thereby, but that otherwise it shall be returned in accordance with theprovisions of the Instructions to Bidders.

W.A. Rasic Construction Co., Inc.

Bidder's Name idder' Si ture

-1- Walter A. sic, Jr., Vice President/SEC

Page 18: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC0001147TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

~ • • ~ •

All information shall be typed or printed legibly.

PART A -Complete the appropriate portion below:

1. Bidder is a SOLE PROPRIETORSHIP: N/A

Name of Individual(First Name, Middle Initial, Last Name)

Doing Business as

2. Bidder is a CORPORATION:

Exact legal businessname of Corporation W.A. Rasic Construction Company, Inc.

Doing Business as N/A

Name of President Peter L. Rasic

Name of Vice President Franky A. Rasic and Walter A. Rasic, Jr.

Name of Secretary Walter A. Rasic, Jr.

Name of Assistant Secretary,

Name of Treasurer Walter A. Rasic, Jr.

Name of Responsible Managing Officer N/A

3. Bidder is a LIMITED PARTNERSHIP: N/A

Exact legal businessname of Limited Partnership

Names of persons or parties composing the Limited Partnership (Indicate whether anindividual or corporation):

N/A

-2-

Page 19: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC0001147TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

t 1 • • ~ • t

4. Bidder is a GENERAL PARTNERSHIP: N/A

Exact legal businessname of General Partnership

Names of persons or parties composing the General Partnership (Indicate whether anindividual or corporation):

5. Bidder is a JOINT VENTURE: N/A

Exact legal businessname of Joint Venture

Names of persons or parties composing the Joint Venture (Indicate whether an individualor corporation):

PART B -Complete the following:

Street Address: Mailing Address:

4150 Long Beach Blvd. 4150 Long Beach Blvd.

Long Beach, CA 90807 Long Beach, CA 90807

California Contractor'sCounty Vendor ID No. 1o599so~ License No. 36s~61

Telephone No. ts6a> 928-6111 License Expiration Date January 3i, aoi~

Fax No. ts6a> 928-7339 License Class A, C-34

-3-

Page 20: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC0001147TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

ACKNOWLEDGMENT OF ADDENDA RECEIVED

The Bidder shall acknowledge the receipt of addenda by placing an "x" by each addendumreceived.

Addendum No. 1 x

Addendum No. 2 x

Addendum No. 3 X

Addendum No. 4

Addendum No. 5

Addendum Na. 6

Addendum No. 7

Addendum No. 8

If an addendum or addenda have been issued by the Agency and not noted above as beingreceived by the Bidder, the Bid Proposal may be rejected.

Page 21: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC000114?TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

• • t ~ t ~ t t

11 ~ 1 1 1

State of CaliforniaSS.

County of Los Angeles

Walter A. Rasic, Jr. ,being first duly sworn, deposes and says that he or she isVice President/SEC Of W.A. Rasic Construction Co. Inc.the party making the foregoing bid that the bid is not made in the interest of, or on behalf of,any undisclosed person, partnership, company, association, organization, or corporation; thatthe bid is genuine and not collusive or sham; that the bidder has not directly or indirectlyinduced or solicited any other bidder to put in a false or sham bid, and has not directly orindirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in asham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,directly or indirectly, sought by agreement, communication, or conference with anyone to fix thebid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of thebid price, or of that of any other bidder, or to secure any advantage against the public bodyawarding the contract of anyone interested in the proposed contract; that all statementscontained in the bid are true; and, further, that the bidder has not, directly or indirectly,submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulgedinformation or data relative thereto, or paid, and will not pay, any fee to any corporation,partnership, company association, organization, bid depository, or to any member or agentthereof to effectuate a collusive or sham bid."

certify under penalty of perjury under the laws of the State of California that the foregoing istrue and correct.

Subscribed at:

NOTARY TO AFFIX SEALAND CERTIFICATE OFACKNOWLEDGMENT

Long Beach, Los Angeles California

(City) (County) (State)

Oft September 11 20 15

(Dat )

,l( adder' si ture)

Walter A. Rasa Jr., Vice President/SEC

Contractor License Class A, C-34

Contractor's License Number 368761

License Expiration Date January 3i, ao~~

-5-

Page 22: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

CALIFORNIA AI.L-PURPOSE ACKNQWLEDGMENT CIVIL CODS § 1189s __, ._

A notary public or other officer completing this certificate verifies only the identity of tha individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of California )

County of Los Angeles ~

On September 8, 2015 before me, Seiko Kay Julien, Notary Public ~,Date Here Insert Name and Tifle of the Officer

personally appeared Walter A. Rasic, Jr.

Name( of Signers)

who proved to me on the basis of satisfactory evidence to be the person(„) whose name() is/atesubscribed to the within instrument and acknowledged to me that he/~e~they executed the same inhis/ it authorized capacity(ie~j, and that by hislh it signature(~J on the instrument the person(, },or the entity upon behalf of which the person() acted, executed the instrument.

certify under PENALTY OF PERJURY under the lawsof the State of California that the foregoing paragraphis true and correct.

-~' SEIKA KAY JULIEN~T Cammisaion 2088214

~ 4~ Notary Public -CaliforniaLoy Anpsies County

M Corrun. Ex rea Oct 30, 2018

WITNESS my hand and official seal.

SignatureSignature of

Seiko Kay Juliery

Place Notary Seal AbovefJPTIONAL

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of Phis form fo an unintended document.

Description of Attached DocumentTitle or Type of Document: _Noncollusion Affidavit Qocument Qate: September 11, 2015

Number of Pages: One Signers) Other Than Named Above: No Other Signers VW ~ ~NP ~~

Capacity(ies} Claimed by Signer{s)Signer's Name: Walter A. FZasic~ Jr~ _„ Signer's Name: _~____~~,,,.~._~ _ ___. .,,~~ __Iy7Corporate Officer —Title{s): ~/p~/~~~ ~_ ,r y ❑Corporate Offieer — Title(s):. _.~_~_._.

Partner — f~l Limited ❑General ❑Partner — ❑Limited O General❑ Individual ❑Attorney in Fact ❑Individual ❑Attorney in FactU Trustee lJ Guardian or Conservator ❑Trustee ❑Guardian or Conservator

Other:..~~. ~~_ a._a y __ _~~ ,~W_~ ~ ~~..~~____~ ❑Other; e~ ~______._.~__~ _~_~.~.~w.~..~_._.w._~_..,..,..Signer Is Representing= W.A. Rasic Const. Co.. Signer Is Representing: _ ~~, ~ ,

_.~~.~~.~_.~.~~ ~._.__.~.V. _ lra~: __ _.__..._...._ . __

02014 National Notary Association • www.NationalNotaty.org ~ 1-800-US NOTARY (1-800-876-6827) Item #5907

Page 23: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC0001147TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

Request for Local SBE Preference Program Consideration andCBE Firm/Organization Information Form

INSTRUCTIONS: All Bidders responding to this solicitation shall complete this form for proper consideration of the Bid.I. LOCAL SMALL BUSINESS ENTERPRISE PREFERENCE PROGRAM:

FIRM NAME: W.A. Rasic Construction Co., Inc.

~ I AM NOT a Local SBE certified by the County of Los Angeles Countywide Contract Compliance, InternalServices Department (formerly Office of A~rmative Action Compliance) as of the date of this Bidsubmission.

D I AM a Local SBE certified by the County of Los Angeles Countywide Contract Compliance, InternalServices Department (formerly Office of Affirmative Action Compliance) as of the date of this Bidsubmission, and request this bid be considered for the Local SBE Preference.

My County of Los Angeles Local SBE Certification Number:

II. FIRM/ORGANIZATION INFORMATION: The information requested below is for statistical purposes only. On final analysisan consi era ion o away ,con rac or vendor will be selected without regard to gender, race, creed, or color.

Business Structure: ❑Sole Proprietorship ❑Partnership ~ Corporation ❑Non-Profit ❑Franchise❑ Other (Please Specify)

Total Number of Employees (Including owners): 351

RacelEthnic Composition of Firm. Please distribute the above total number of individuals into the following categories:__

Owners/Partners!Race/Ethnic Composition Associate Partners Managers All Others

Male Female Male Female Mali Female

Black/African American 2 1 2 ~ 1

Hispanic/Latino 15 1 262 16

Asian or Pacific Islander 5 2 2i 4

American IndianlAlaskan Native

Filipino American 2

White --- — 3 10 2 1~~ 8

III. PERCENTAGE OF OWNERSHIP IN FIRM Please indicate by percentage (%) how ownership of the firm is distributed.

Black/African Hispanic/ Asian or Pacific American Indian/ FilipinoAmerican Latino Islander Alaskan Native American White

Men % %o % _ % % 100Women % % % % % °/a

IV. CERTIFICATION.n i crcrKi~ta: it your rirm is currenny cerunea as a minority, women, aisadvantaged orBusiness en erprise by a public agency, complete the following and attach a copy of your(Use back of form, if necessary.)

owned

Agency Name Minority WomenDis-

advantagedDisabledVeteran Expiration Date

V. DECLARATION: I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OFALI I~I~HAT TkiE ABOVE INFORMATION IS TRUE AND ACCURATE.

Authoriz e ' Title: Date:`~ Walter A. Rasic, Jr., VP/SEC 09/11/2015

Rev. 09/18/02

-6-

Page 24: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LIST OF SUBCONTRACTORS

Name of Bidder:PROJECT ID NO. FCC0001147

W.A. Rasic Construction Co., Inc.TUJUNGA WASH-TUJUNGA SPREADING

In accordance with Division 2, Part 1, Chapter 4 of the Public Contract Code, the prime Contractorshall submit with its Bid a list of subcontractors who will perform work in excess of one-half of1 percent of the prime Contractor's total Bid.

Subcontractors listed must be properly licensed for the type of work they are to perform, and theirlicense numbers must be indicated below. Do not list alternate subcontractors for the same work.

Bidders are requested to voluntarily denote whether a listed subcontractor is a Small BusinessEnterprise by entering a "Y" for "yes" or "N" for "no" in the designated column. Leaving the columnblank will not result in the Bid being considered non-responsive.

Name underwhich

LicenseNumber

SmallBusiness

Address of Office, Bid Item DollarSubcontractor and Enterprise? Mill or Sho p Nos .~ ~ Valueis Licensed Class

i

n

~,

~} x -

E ;f Q t~, _L~~„~~.

F ~~ ~~ ~ _~~

^' ~,...a ~3

r p;0

a

^'fg

8' ~ a.

ld

1

E #t~ ~.~~~ ~t~`

~fE

~ ~...-

~'p~~yt "~ p

f

-7-

Page 25: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

PROJECT ID NO. FCC0001147W.A. Rasic Construction Company, Inc.

Tuiunga Wash -Tulunga Spreading Grounds Enhancement Project

Item Descri tion Unit Quanti Unit Price Amount

CONSTRUCTION SCHEDULE1 (BASELINE)(STIPU~ATED UNIT PRICE OF LS 1 LS $5,000.00

$5,000)

2 CONSTRUCTION SCHEDULE (UPDATE) MTH 20 ~c~ ~c~

3 PREPARATION OF THE SWPPP(STIPULATED UNIT PRICE OF $5,000)

LS 1 LS $5,000.00

4 IMPLEMENTATION OF THE SWPPP LS 1 LS ~~ w ~ ~--

5 TRAFFIC CONTROL LS 1 LS ~

6 SHORING OF OPEN EXCAVATIONS LS 1 LS . ~ ~, t

7 OFFICE FACILITIES LS 1 LS ~,~ t

8 MOBILIZATION LS 1 LS " ' ~~~

9 NOX REDUCTION LS 1 LS ~ ~ -~

10 CLEARING AND GRUBBING LS 1 LS -~c;,~c~,: ---

11PREPARATION OF THE NOISE

LS 1 LS ~,}~--ASSESSMENT REPORT

~ 2PREPARATION OF THE NOISE

LS 1 LS ~a --ABATEMENT PLAN

~~,

13IMPLEMENTATION OF THE NOISE

LS 1 LS ~''ABATEMENT PLAN

Notes:

Please type or print legibly in spaces provided.Use black ribbon or black ink.Unit Prices shall be entered to 2 decimal places only.

-9-(Addendum No. 3)

Page 26: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

W.A. Basic Construction Company, Inc.

PROJECT ID NO. FCC0001147

Tuiunga Wash —Tuiunga Spreading Grounds Enhancement Project

PREPARATION OF THE SITE SPECIFIC14 HEALTH AND SAFETY PLAN (STIPULATED LS 1 LS $5,000.00

UNIT PRICE OF $5,000)

15IMPLEMENTATION OF THE SITE-SPECIFIC

LS 1 LS ~"8 --HEALTH AND SAFETY PLAN

16CITY PERMIT AND INSPECTION FEES

AL 10,000 $1.00 $10,000.00(ALLOWANCE OF $10,000)

17 CONTROL OF FUGITIVE DUST LS 1 LS ~~,~

18 TIRE WASH EA 3 r;~~— ~~~, ~.-

19 SEDIMENT TRANSPORTATION PLAN LS 1 LS R ic:,; --

20 REMOVAL OF EXISTING IMPROVEMENTS LS 1 LS ~.-~~~ .~

21 CONVEYOR SYSTEM MOBILIZATION LS 1 LS ~;~ti;~~:_~—

22 EXCAVATION CY 1, 318, 753 `'~ ~ ~~~ ~ ~ ~, ': ',. ~'

23TRANSPORTATION, DISPOSAL, AND

TON 1 758 806 r~

~re~~~~ ~`PLACEMENT OF SEDIMENT ~~

,~

24 DELETED --- --- --- ---

25 RIPRAP (LIGHT CLASS) CY 202 ~ ~ ~ ~ ~ ~-

26 RIPRAP (QUARTER TON CLASS) CY 1,414 ~~~, ~ ~+~ ~ ~ ~c~~;

27 CONCRETED RIPRAP (LIGHT CLASS) CY 442 ~,~ ~~, ~'

Notes:

Please type or print legibly in spaces provided.Use black ribbon or black ink.Unit Prices shall be entered to 2 decimal places only.

-10-(Addendum No. 3)

Page 27: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

PROJECT ID NO. FCC0001147W.A. Rasic Construction Company, Inc.

Tuiunga Wash —Tujunga Spreading Grounds Enhancement Project

28 DELETED --- --- --- ___

29 CRUSHED MISCELLANEOUS BASE CY 7,780 ;~ -:- ~ ~ r °P p ,-

30 AC PAVEMENT TON 10,472 ~ ~ , ~ ~ ~ `~

31 AC CURB, TYPE D2-6 L.F 22,202 ~ ~`~ f'~ ~ ~ "~~

32 12" RCP, 2000 D LF 3 ,~ ,c am -- ~ ~~ ~--

33 18" RGP, 2000 D LF 134 ~ ~~ P~ ~,t~, '~~

34 DELETED --- --- --- ---

3536 INCH RCP, 2000 D W/ 7-1/4 /NCH ADD'LCONCRETE COVER

LF 61 ~~ - ~ ~` ~ ~--

36 42" RUBBER GASKETED RCP, 2000 D LF 386 ~ rk~ b

37 84" RUBBER GASKETED RCP, 2000 D LF 1,017 ~~.; — ~i-a,, t~r.,c~ ~-

38 JACK 96" STEEL CASING LF 130 ~~~c~— ~-~ M ~

39 JACK 24" RUBBER GASKETED RCP, 2000 D LF 348 q~~'— 3~c~,~ —

40 JACK 84" RUBBER GASKETED RCP, 2000 D LF 798 ~,~.~~ -- ~,-t~;'1~f~-;.~.-

41MANHOLE STD PLAN 327 MOD1FlED PERPLAN A, SH 15

EA 1 ~~ - ~,~ ~ ~ , ~ ~~

42PIPE CONNECTION PER STD PLAN 335,CASE 1 EA 2

'~"~ ~

~ ~ ,g~~,~

Notes:

1. Please type or print legibly in spaces provided.2. Use black ribbon or black ink.3. Unit Prices shall be entered to 2 decimal places only.

-11-(Addendum No. 3}

Page 28: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

W.A. Rasic Construction Company, Inc.PROJECT ID NO. FCC000114?

Tuiunga Wash —Tujunga Spreading Grounds Enhancement Project

43JUNCTION STRUCTURE PER STD PLAN333 EA 1 `^' e

'~,~~ .

44 CHAIN LINK FENCE, 5' HIGH LF 305 —,~yLL-- 2r~~ ~~ --

45 MANHOLE PER STD PLAN 327 EA 1,..~

~ ;,~-,

~~ ~-~: -,

46 CLAY LINING CY 2,208 at ~' i ~i~, ~~ 2e.~ -~-

47 PCC CURB &GUTTER, TYPE B2 LF 76 ~; ~ ~ ~ t~ F

484" THICK GUNITE INCLUDING WELDED

SF 2,569 ~~~

~J ;'„~WIRE FABRIC BASIN 9 ~ p

49 SOIL CEMENT (6% BY DRY WEIGHT) CY 230 3~-~, g~~~~ _--

50 MODIFIED DROP STRUCTURE IN BASIN 9 LS 1 LS ~ ,

51CONCRETE BULKHEAD AND SEAL PER

CY 72 1 ~~~ ~ ~~' ~STD PLAN DD-52, SHEET 3 {

52BULKHEAD 96 INCH RCP PER SECTION P-

LS 1 LS ~~P SH 18 ~ '-

53 18 INCH INLET STRUCTURE BASIN 8 LS 1 LS ~~ ;,

54 24" INLET -OUTLET STRUCTURE CY 46 ~~',~j

55 36" OUTLET STRUCTURE- --CY

------ -- -- -12

-----~~ ~~ ; ~

- —r1 f~

56 42" INLET-OUTLET STRUCTURE CY 42 ~ ~~~~ ~ ` ~~,~~

57 84" OUTLET STRUCTURE CY 333 ' ~e; ~,. ~€Rr ~~~.

Notes:

1. Please type or print legibly in spaces provided.2. Use black ribbon or black ink.3. Unit Prices shall be entered to 2 decimal places only.

-12-(Addendum No. 3)

Page 29: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

W.A. Rasic Construction Company, Inc.PROJECT ID NO. FCC0001147

Tujunga Wash —Tujunga Spreading Grounds Enhancement Project

58 METAL HAND RAILINGS LF 524 ~ C?Q~ '~~' f ~(Cj(~

59 FO WEIR INTA ELST UCTUR OSURE

EA 5 f 7J(~~~,/,`~~ ~~~~

60STEEL GRATING PLATFORM AND

EA 5~'

~ I,Q~— ~j,C~~~'APPRUTENANCES

61 INTERBASIN STRUCTURE NO. 2 LS 1 LS r (~~r(~ ~'

62 INTERBASIN STRUCTURE NO. 2A LS 1 LS ~~(a~QQQ~

63 INTERBASIN STRUCTURE NO. 3 LS 1 LS i~~~ ~(~~

64 INTERBASIN STRUCTURE NO. 4 LS 1 LS (~ ~.~~(~~~

65 INTERBASIN STRUCTURE NO. 5 LS 1 LS ~ ~ ~j dQd —'

66WANL ORPE D CONCRETE RETAINING

CY 23 `~~~~~ ~?~ 7Q~j~3

67 BASIN DOWN DRAIN LF 2,662 ~J ~ (~~j C~~SJr~

68 MODIFY OVERFLOW STRUCTURE BASIN 1 LS 1 LS I~,,C~~~

69TOWER RAMP REINFORCED CONCRETECUT-OFF WALL SH 9

CY 3-

~-f~~~ c~

70 3" CONDUIT (SCH 80 PVC) LF 262 ~ ~ ~3~~~!

71 4" PVC SCH 80 DRAIN PIPE LF 195 S~ ~ q,--~~~y~

72 8" PVC PIPE SCHEDULE 80 LF 333 (a[s r to ~qgt~ —

Notes:

1. Please type or print legibly in spaces provided.2. Use black ribbon or black ink.3. Unit Prices shall be entered to 2 decimal places only.

-13-(Addendum No. 3)

Page 30: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

PROJECT ID NO. FCC0001147W.A. Rasic Construction Company, Inc.

Tuiunga Wash —Tuiunga Spreading Grounds Enhancement Project

73 8" GATE VALVE EA 2 ~ i~,~— ~.;'~-~-'

12" X 12" DRAINAGE SUMP WITH ATRIUM74

GRATE DRAIN EA 2~~ ~ ~`

r,3

75 PCC ACCESS RAMP BASIN 8 & 9 CY 65 ~~ `~ ~4—; `gip=f"

RECTANGULAR FRAME AND COVER PER P ~` 6 ~.-76

SPPWC STD 152EA 2 ~~ c ~

77 MODIFIED PARKWAY DRAIN BASIN 8 EA 2 "~ ~H' m'~~ t;~~~'

78 OVERFLOW WEIR STRUCTURE BASIN 8 LS 1 LS ~ .' ._

79 LEVEE DRAIN HEADWALL SH 9 & 24 EA 6 ~~~~, ~-_— _;.

~'~~'~

80 BOLLARD EA 12 ~ ~~,.. ~y —~

81 NO. 3 CONCRETE AGGREGATE CY 22 ~~, — ~.,~, .--

82 OBJECT MARKERS TYPE L-1 EA 20 ~~~, ..~ ~ ~. --~°"

ELECTRIC MOTOR OPERATOR WITH83 BEVEL GEAR OPERATOR AND EA 5 ~~ ~,., - ~/~

~'aAPPURTENANCES

84 36"X72" FABRICATED STAINLESS STEELEA 1 ~~~~ ~` ~ — ~~' r

SLIDE ASSEMBLY

8542"X42" CAST IRON SLIDE GATE

EA 5— ~'""~"

`~ ~~~` ~~" `~~~

I ~ ,, t~ASSEMBLIES

Notes:

1. Please type or print legibly in spaces provided.2. Use black ribbon or black ink.3. Unit Prices shall be entered to 2 decimal places only.

-14-(Addendum No. 3)

Page 31: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

SOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

W.A. Rasic Construction Company, Inc.PROJECT ID NO. FCC0001147

Tuiunga Wash —Tu~uncta Spreading Grounds Enhancement Project

86SUBMERSIBLE LEVEL TRANSMITTER AND

EA 4 L-~ a -APPURTENANCES ~~,'~

87 ELECTRICAL WORK LS 1 LS ~ ` ~~

TEMPORARY DWP ELECTRICAL SERVICE88 CONNECTION FOR CONVEYOR SYSTEM AL 200,000 $1.00 $200,000.00

(ALLOWANCE OF $200,000)

89CONCRETE WATER FALL BASE

~S 1 LS~'

~.~~ `~~STRUCTURE

90 EXPOSED AGGREGATE CONCRETE SF 2,850 ~~ ~ ~~f~

91 CONCRETE CHEMICAL STAIN SF 2,850 ~.. ~~~ ~~,,..-

92 CONCRETE GROUT FOR BOULDERS CY 35 ~~~ t~~ `- ~ ~,.~

93 FLEXIBLE PVC WATER STOP LF 200 ~~-- i ~~ ` ~"

94 COBBLE, 8"-12" TON 177 ~~ ~ ~~t tt~v

95 BOULDERS, 6'-8' TON 34 ~~~s— f ~~~

96 BOULDERS, 4'-6' TON 74 ~~ — a~,;~~, ~-

97 BOULDERS, 1.5'-3' TON 33 ~~~, -- ~ ~y ~t~ ~—

98 WATERFALL WEIR TESTING ~ LS 1 LS I, ~ ~`

99SEAL PIPE OUTLETS OF 961NCH STEEL

LS 1 LS~ , ' --

CASING _

Notes:

1. Please type or print legibly in spaces provided.2. Use black ribbon or black ink.3. Unit Prices shall be entered to 2 decimal places only.

-15-(Addendum No. 3)

Page 32: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS

SCHEDULE OF PRICES Name of Bidder:

W.A. Rasic Construction Company, Inc.PROJECT ID NO. FCC0001147

Tuiunga Wash —Tuiunga Spreading Grounds Enhancement Project

700 AC PAVEMENT REMOVAL CY 370 ~,~ -~ ~ y~~, .-

101 COMPACTED FILL CY 746,276 ~ ~ ~ ~ ' ~~~~~=

102PREPARATION OF THE TWW DEBRIS

LS 7 LSCONTA/NMENT AND COLLECTION PLAN ~,4~.,.~-

103DISPOSAL OF TREATED WOOD WASTE

AL 5,000 $7.00 $5,000.00(ALLOWANCE OF $5,000)

704REINFORCED CONCRETE STAIRWAY PER

CY 3STD PLAN 640 ~, g~ .- ~~,

705 SUPPORT FOR 48" WATERLINE EA 5 ~,,,e~c,-- ~~.~ ~.--

106 PORTLAND CEMENT FOR SOIL CEMENT TON 3Q ~ ~~ ~- -~ ~ ~~~ ,—

~0~ MODIFY TRIPLE 6'H X 6'W RCB PER PLANLS 7 LS ~~~ . - " ~~B, SHEET 75

~ ~,i ; "i ~~=NGRAND TOTAL $ ~ ~~ ~ ~ ~ °-~

Notes:

1. Please type or print legibly in spaces provided.2. Use black ribbon or black ink.3. Unit Prices shall be entered to 2 decimal places only.

-16-(Addendum No. 3)

Page 33: 28 April 5, 2016 - Los Angeles County, Californiafile.lacounty.gov/SDSInter/bos/supdocs/102535.pdfAll Bid Proposal forms listed above shall be completely filled out and submitted with

PROJECT ID NO. FCC0001147TUJUNGA WASH-

TUJUNGASPREADING GROUNDS ENHANCEMENT PROJECT

Qualified SWPPP Developer (QSD)And

Qualified SWPPP Practitioner (QSP)

Designation Form

Name of Bidder: W.A. Rasic Construction Co. , Inc.

In accordance with the Instructions to Bidders, the Bidder shall submit with its Bid the nameof the QSD and QSP the Bidder will be using to prepare and implement the Storm WaterPollution Prevention Plan required by subsection 7-8.6.3 of Section G of the SpecialProvisions. In addition, their CASQA Certificate number, and Underlying Certificate shall belisted and a copy of their CASQA Certificate shall also be submitted. The successful Bidderwill be required to have their QSP be on the Work site full-time during working hours andduring qualifying rain events. These requirements are more stringent than theConstruction General Permit for Storm Water Discharges Associated with Constructionand Land Disturbance Activities. Submission of the Bid shall be considered evidence theBidder is fully aware of this and all other contractual requirements pertaining to the SWPPPspecified in the aforementioned subsection of Section G of the Special Provisions.

QSD Name CASQA Certificate No. Underlying Certificate, e.g.,PE, CPESC, etc.

Fulltime QSP Name CASQA Certificate No. Underlying Certificate, e.g.,CISEC, CESSWI

~t i",

y~ 6 a ~ ..

a